Award

Provision of a Strategic Delivery Partner for Cabinet Office Digital

MINISTER FOR THE CABINET OFFICE

This public procurement record has 1 release in its history.

AwardUpdate

28 Apr 2026 at 08:03

Summary of the contracting process

The contracting process involves the Minister for the Cabinet Office seeking a strategic delivery partner for its digital services, classified under the IT services category. CGI IT UK Limited has been awarded a call-off contract following a competitive procedure under the CCS Framework RM6100 Technology Services 3. This contract was signed on 21st February 2024, with a duration of three years and options for extension, extending across the United Kingdom. The procurement is currently in the modification stage, as published in April 2026, with plans to replace the existing contract underway. The framework does not necessitate the publication of call-off awards in certain services, as guided by the Public Contract Regulations 2015.

This tender presents lucrative opportunities for businesses specialising in IT consulting, software development, and digital support services. Companies with capabilities across the Digital, Data, and Technology spectrum can anticipate growth through service delivery to support new digital initiatives and manage current ones. With a substantial contract value extension up to £100 million, albeit not a commitment to spend entirely, businesses capable of providing robust, scalable tech solutions stand well-positioned to explore this opportunity. Large suppliers, especially those with existing expertise in managing Government digital projects, would find this engagement well-suited to their scale, thereby enabling them to harness significant growth potential.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of a Strategic Delivery Partner for Cabinet Office Digital

Notice Description

Lot Information

Lot 1

The subject matter is for a provider to provide delivery services which cover the breadth of the DDaT spectrum to support the Buyer with delivering new Digital Services, as well as, managing existing and new live services as a Managed Service, as required.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068c2b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038293-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£150,000,000 £100M-£1B

Notice Dates

Publication Date
28 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Feb 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTER FOR THE CABINET OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CGI IT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068c2b-2026-04-28T09:03:38+01:00",
    "date": "2026-04-28T09:03:38+01:00",
    "ocid": "ocds-h6vhtk-068c2b",
    "description": "Following a Further Competition held under the CCS Framework RM6100 Technology Services 3 (Lot 4), the Minister for the Cabinet Office awarded a Call Off Contract for the provision of a digital strategic delivery partner (the \"Call Off Contract\") on 21st February 2024 for a three (3) year period, with up to two (2) twelve (12) months extension options, with a maximum Contract Value of PS100,000,000 (ex VAT) in total. The market should also be aware that the maximum Contract Value is not a commitment to spend, it is only headroom under the Call Off Contract to allow for future spend across the duration of the Term. As the Public Contract Regulations 2015, did not require publication of framework call offs awards on the Find a Tender Service (reg 50 (4)), no Contract Award Notice was published on the Find a Tender Service (a Contract Award Notice was however published on Contract Finder, in accordance with reg 112 of the Public Contract Regulations 2015). In order to fully comply with the provisions of Regulation 72 of Public Contract Regulations 2015, the Contracting Authority is hereby publishing this Modification Notice on the Find a Tender Service, with the necessary information in relation to a modification to the Call Off Contract. In addition, the market should be aware that the contracting authority is planning to commence a procurement exercise to replace the Call Off Contract. A UK01: Pipeline Notice has been published here: https://www.find-tender.service.gov.uk/Notice/037382-2026?",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-068c2b",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of a Strategic Delivery Partner for Cabinet Office Digital",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "The subject matter is for a provider to provide delivery services which cover the breadth of the DDaT spectrum to support the Buyer with delivering new Digital Services, as well as, managing existing and new live services as a Managed Service, as required.",
                "contractPeriod": {
                    "durationInDays": 1800
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "038293-2026-C2628-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00947968",
                    "name": "CGI IT UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-180826",
            "name": "Minister for the Cabinet Office",
            "identifier": {
                "legalName": "Minister for the Cabinet Office",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1A2AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "professionalservices@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office"
            }
        },
        {
            "id": "GB-COH-00947968",
            "name": "CGI IT UK Limited",
            "identifier": {
                "legalName": "CGI IT UK Limited",
                "id": "00947968",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London,",
                "region": "UK",
                "countryName": "United Kingdom",
                "streetAddress": "20 Fenchurch Street (14th Floor)",
                "postalCode": "EC3M 3BY"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-180827",
            "name": "Minister for the Cabinet Office",
            "identifier": {
                "legalName": "Minister for the Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-180826",
        "name": "Minister for the Cabinet Office"
    },
    "contracts": [
        {
            "id": "038293-2026-C2628-1",
            "awardID": "038293-2026-C2628-1",
            "status": "active",
            "value": {
                "amount": 150000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-21T00:00:00Z",
            "period": {
                "durationInDays": 1800
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The modification to the Call Off Contract is to amend the maximum Contract Value.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The modification to the Call Off Contract is being made under two grounds as provided for within Regulation 72 of the Public Contract Regulations 2015, as detailed below: Ground 1 - Regulation 72(1)(b) which permits modifications that are necessary and a change of contractor cannot be made for economic or technical reasons and the change would cause significant inconvenience or duplication of costs for Cabinet Office provided that any increase in value does not exceed 50% of the original contract value. Due to the need for IT professional services related to the Infected Blood Compensation Authority's (IBCA) establishment, refinement and operation of their digital service and data platform, which are required to be delivered at pace to fulfil the legal obligations of that body, additional services are required from the existing contractor, for interoperability and continuity reasons. As the existing contractor has built the digital service and data platform specifically for IBCA - to move to another supplier at this stage would cause significant delays to the programme and a risk that IBCA's obligations and functions could not be fulfilled during the transition to a new supplier. IBCA requires access to these services quickly to meet Ministerial public commitments, and also to cater for changes to the Infected Blood Compensation Scheme Regulations. This is why the Contracting Authority does not have time to re-compete and transition the services. Running a new procurement would result in significant inconvenience due to the disruption to IBCA's activities Ground 2 - Regulation 72(1)(e), the modification to the Contract is not substantial. The uplift to the maximum contract value would result in more of the same types of services being provided under the Call Off Contract, therefore the Call Off Contract is not materially different in nature. There is no change in the economic balance of the Call Off Contract, as the existing contractor is not being paid more for the same volume of services, it is only that they are providing a greater volume."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:999999-2099:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}